Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1998 PSA#2245

Dept of Health and Human Services, Indian Health Service, Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA 98121

C -- PROPERTY SURVEY (SIC 8713) AT NEAH BAY AND TOPPENISH WASHINGTON, PROJECT PO9NB004CF/PO9YA005CF SOL 102-AE-99-0008 DUE 122998 POC Dale Burson 206-615-2456 E-MAIL: click here to contact the contracting officer by e-mail, dburson@ess.ihs.dhhs.gov. Work includes, but is not limited to, preparation of property boundary descriptions including conducting property boundary surveys and preparing plat maps for recording of land leases. The estimated value of the work is less than $10,000. Two plat maps and legal property descriptions will be developed under this contract. The first survey will be at the Indian Health Service's (IHS) Yakama Service Unit in Toppenish, Washington. The current IHS lease consists of approximately 9.57 acres. The new lease will be approximately 8.12 acres after eliminating approximately 1.45 acres from the east end of the property. The second survey will be at the IHS's Neah Bay Service Unit in Neah Bay, Washington. The current IHS lease consists of approximately 0.82 acres. The new lease will be approximately 0.86 acres after adding a total of approximately 0.04 acres to the Northeast and Southwest ends of the property. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of firms: (1) Professional qualifications of firm and staff proposed for conducting the land survey and preparing the property boundary description and the plat maps. The project must be under the supervision of a Professional Land Surveyor licensed in the State of Washington. (2) Specialized recent experience and technical competence of firm or particular staff members conducting land surveys. (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (4) Capacity to accomplish the work within 45 days from the date of the Notice to Proceed. (5) Location in the general geographical area of the surveys and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (Due to the distance between the two surveys the government may elect to issue two contracts). This proposed acquisition is set-aside under the Buy Indian Act for 51% Indian-owned firms. Not more than fifty (50) percent of the work performed under a prime contract awarded pursuant to the Buy Indian Act may be performed by other than Indian-owned firms. For this purpose, work to be performed does not include the provision of materials, supplies, or equipment. If less than three Indian owned-firms respond, this acquisition may be re-announced as a set-aside for small business firms. -- Firms that meet the minimum requirements listed herein may submit a SF-254 and SF-255 package, which shall be considered by the agency. See Notes 24 and 25. Pertinent statements relative to the evaluation factors shall be included in Part 10 of SF 255. All submittals must be in duplicate (two copies of SF 254 and SF 255). Brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement will not be considered. Submittals must be received on or before the due date by 3:00 P.M. PDT. This is not a request for fee proposal. Posted 12/16/98 (W-SN281173). (0350)

Loren Data Corp. http://www.ld.com (SYN# 0020 19981218\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page